M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney,...

7
:: o- -4 MANIPUR STATE POWEII COMPANY LIMITEI) Keishampat Junction, Imphal - 795001 Corporate Office:- Electricity Complex, Patta No. 1293 wder 87(2), Fax : +91385 2450'102 Khwai Bazar, Keishampat, Imphal-795001, Manipur, INDIA Tele: +91385 2450050 Ref. No. 4 t 68 t 400Kv/Ll N E BAY/2 0 1 6( PU RC H ) I 5417 -24 dated 10.02.2016 NOTICE INVITING TENDER (E-procurement) The Managing Director, Manipur State Power Company Ltd (MSPCL) invites sealed bids online submission from for the followino work on turn-kev basis. Particulars Last date of online submission ol Bid through electronically mode 03 03.16 upto 4.00 p.m Due date of Opening of Techno- Commercial Bid 04.03.16 at 2,00 a.m, Conskuction Line Bays Yurembam 4OOKV (PG), of 2 Nos of at lmphal '1.0 The Intending Tenderers /Firms should satisfy the following conditions. 2,1 QUALIFYING REQUIREMENTS:- The Tenderers / Firms meeting the following conditions only need apply. 2,2 CONSTITUTION OF BIDDER/ TENDERER a) Consortiums of Firms are not eligible. . b) Registration Certificate of the Tenderer shall invariably be furnished. 2,3 QUALIFICATION OF THE BIDDER: 2.3.1 Qualification of bidder will be based on meeting the minimirm pass criteria specified below regarding the Bidde/s technical experience and financial position as demonstrated by the Bidder's responses. Technical experience and financial resources of any proposed subcontractor shall not be taken into account in determining the Bidder's compliance with the qualifying criteria except for the requirement stipulated herein below for circuit breaker, power transformer, reactor and towers. 2.3.2 The Owner may assess the capacity and capability of the bidder, to successfully execute the scope of work covered under specified work within stipulated completion period. This assessment shall inter-alia include document verification, bidders work/manufacturing facilities visit, manufacturing capacity, details of works executed, works in hand , anticipated in future & the balance capacity available for the present scope of work, details of plant and machinery, manufacturing and testing facilities, manpower and financial resources, past experience and performance, and customer feedback, etc. 2.3.3 Owner reserves the right to waive minor deviations if they do not materially affect the capability of the Bidder to perform the contract. 2,4 TECHNICALEXPERIENCE 2.4.1 Bidder should have supplied, erected, tested and commissioned as a prime contractor at least two (2) nos. Circuit Breaker equipped bays of 400kV or above voltage level in one substation or switchyard under a single contract during last five (5) years as on the originally scheduled date of PQ submissiorr i.e. 22.02.2016 which must be in operation for at least one year as on the cjate of bid submission mentioner] above. 20.02.16 upto 2.00 p.m. /M; Page I o{'7

Transcript of M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney,...

Page 1: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

::o--4

MANIPUR STATE POWEII COMPANY LIMITEI)Keishampat Junction, Imphal - 795001

Corporate Office:- Electricity Complex, Patta No. 1293 wder 87(2), Fax : +91385 2450'102Khwai Bazar, Keishampat, Imphal-795001, Manipur, INDIA Tele: +91385 2450050

Ref. No. 4 t 68 t 400Kv/Ll N E BAY/2 0 1 6( PU RC H ) I 5417 -24 dated 10.02.2016

NOTICE INVITING TENDER(E-procurement)

The Managing Director, Manipur State Power Company Ltd (MSPCL) invites sealed bids online submission fromfor the followino work on turn-kev basis.

ParticularsLast date of

online

submission olBid through

electronicallymode

03 03.16 upto4.00 p.m

Due date of

Opening ofTechno-

Commercial

Bid

04.03.16 at

2,00 a.m,

Conskuction

Line BaysYurembam

4OOKV

(PG),of 2 Nos ofat lmphal

'1.0 The Intending Tenderers /Firms should satisfy the following conditions.

2,1 QUALIFYING REQUIREMENTS:-

The Tenderers / Firms meeting the following conditions only need apply.

2,2 CONSTITUTION OF BIDDER/ TENDERER

a) Consortiums of Firms are not eligible.

. b) Registration Certificate of the Tenderer shall invariably be furnished.

2,3 QUALIFICATION OF THE BIDDER:

2.3.1 Qualification of bidder will be based on meeting the minimirm pass criteria specified below regarding theBidde/s technical experience and financial position as demonstrated by the Bidder's responses. Technicalexperience and financial resources of any proposed subcontractor shall not be taken into account indetermining the Bidder's compliance with the qualifying criteria except for the requirement stipulated hereinbelow for circuit breaker, power transformer, reactor and towers.

2.3.2 The Owner may assess the capacity and capability of the bidder, to successfully execute the scope ofwork covered under specified work within stipulated completion period. This assessment shall inter-aliainclude document verification, bidders work/manufacturing facilities visit, manufacturing capacity, detailsof works executed, works in hand , anticipated in future & the balance capacity available for the presentscope of work, details of plant and machinery, manufacturing and testing facilities, manpower andfinancial resources, past experience and performance, and customer feedback, etc.

2.3.3 Owner reserves the right to waive minor deviations if they do not materially affect the capability of theBidder to perform the contract.

2,4 TECHNICALEXPERIENCE

2.4.1 Bidder should have supplied, erected, tested and commissioned as a prime contractor at least two (2)nos. Circuit Breaker equipped bays of 400kV or above voltage level in one substation or switchyardunder a single contract during last five (5) years as on the originally scheduled date of PQ submissiorr i.e.22.02.2016 which must be in operation for at least one year as on the cjate of bid submission mentioner]above.

20.02.16

upto 2.00p.m.

/M; Page I o{'7

Page 2: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

2.4.2 Certificates copies of documentary evidence of their past experience for successful completion of the

similar works from the Client Department by a competent engineer.

2.4.3 The list of turn-key jobs of similar works completed prior to the opening of this Tender for the last 5 (five)years shall be furnished.

2,5 FINANCIAL POSITION:.

For the purpose of this particular bid, bidders shall meet the fotlowing minimum criteria:

2.5.1 Net Worth for last 3 financial years should be positive.

2.5.2 Minimum Average Annual Turnovef (MAAT) for best three years i.e. 36 months out of last five financial

. years of the bidder should be Rs, 25,00 Crore for the work.

* Note- Annual total income as incorporated in the profit & loss account except non-recurring income e.g.

sale of fixed assets

2.5.3 Bidder shall have Liquid Assets (LA) and/or evidence of access to or availability of credit facrlities of not

less than Rs. 10.00 Crore for the work.

2.5.4 ln case bidder is a holding company, the financial position criteria referred to in clause 2.5 above shall

be that of holding company only (i.e. excluding its subsidiary / group companies). ln case bidder is asubsidiary of a holding company, the financial position criteria referred to in clause 2.5 above shall be

that of subsidiary company only (i.e. excluding its holding company).

2.5.5 The Firm/Company should submit complete annual report together with audited statements of accounts

of the Firm/Company for last 5 (five) years preceding the last date of receipt.

2.5.6 The Firm / Company shall be financially sound and must have sufficient funds to deploy in the work. A. certificate from the Banker indicating various fund based i non fund based limits sanctioned to them and

extent of utilization as on date shall be furnished.

2.5.7 The Firm / Company shall possess required equipments, tools & tackles to carry out the work.

2.5.8 The Firm / Company shall submit details of technical staff to work at site.

2.5.9 The Firm / Company shall submit valid lncome Tax, Service Tax, VAT/Sales Tax Registrations & PAN

Card and PF, ESI Code, Labour License etc as applicable.

2.5.10 The Firm / Company shall provide information on any litigation or arbitration arising out of the contractscompleted or under execution or Tenders participated by it over the last 10 (ten) years. lf any of theDirectors / Promoters of the Firm / Company was wor:king in another company prior to joining the presentFirm / Company, litigation history of the erstwhile Firm / Company shall also be furnished. A consistenthistory of awards involving litigation by or against the Bidder may result in not issuing the BiddingDocument.

2.6 SUBMISSION OF DOCUMENTS

2.6.1 The Firm / Company shall furnish documentary evidence in support of the qualifying requirementstipulated as above.

2.6.2 The Firms / Companies, who wish to purchase Bidding Documents, may submit their (PQ) application tothe Managing Director, Manipur State Power Company Limited (MSPCL), Manipur, Keishampat,lmphal -795001 alons with Cost of Tender on or before the specified date i.e. 22.02.2016 upto 14,00hrs (lST).

fu,Ar*r" Page 2 of 7

Page 3: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

2.6.3 The application along with PRE-QUALIFYING (PQ) REQUIREMENTS and COST OF TENDER shall be

submitted in a sealed envelope, which shall be superscribed "REQUEST FOR BIDDING DOCUMENT"for the work. PQ Requirement Data is enclosed as Annexure . l.

2.6.4 The Firm/Company shall submit 2 (sealed) Tender in separate cover superscripted as Cost of TenderForm in the 1't cover and 2nd as Pre.Qualification (PQ) Requirement to the MSPCL. The 2nd covershall not be opened if cost of tender is not found in the 1't Cover.

2.6.5 lntimation to the qualified firms/company will be sent individually on 23.02.2016. Bidding Documents

shall be issued only those qualified Firms/Company and the same can be downloaded from the portal

https://www.manipurtenders.qov.in. Bidders to note that for participating in bidding they are required to

register themselves with NlC, Manipur at portal https.//www.manipurtenders.oov.in before 03.03.2016.

The said registration with NIC shall be free of cost. Those who are qualified firms/company can link the

. portal for downloading Bidding Documents any time from 16,00 hrs (lST) on 23.02.2016 to 16.00 hrs(lST)on 03.03.2016.

2,6.6 The Firm/Company should submit their Bid through electronic mode only.

2.6.7 Security Bid/Earnest Money Deposit of Rs. 10.00 lakh in the form of Demand Draft /BG from aNationalized /Scheduled Bank having its branch at lmphal (preferably State Bank of lndia), to be drawnin favour of Managing Director, Manipur State Power Company Limited, lmphal.

2.6.8 A Demand Draft of Rs. 30,0001 towards the cost of tender paper, drawn in favour Managing Director,Manipur State Power Company Limited, lmphal shall be submitted along with PQ

Req uirements/Application for the work.

2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical

Parliculars (GTP) of equipments/materials etc. should be submitted to Managing Director, ManipurState Power Company Limited, lmphal on or before 03.03.2016 upto 16.00 hrs (lST). lf EarnestMoney DeposiUBid Security is not found, their bid shall not be considered,

2.6.10 Bid shall be uploaded and the requisite corresponding documents shall be received upto 16.00 hrs' (lSI) on 03.03.2016. The Techno-Commercial Bid and Financial shall be opened on 04.03.2016 at 14.00

hrs (lST) and 05,03.2016 at 14.00 hrs (lST) respectively (whereas the originalcopy as stated in 2,6.9

shall be opened physically at the office of Managing Director, MSPCL on 04.03.2016 at 13.00 hrs (lST).

2.6.11 The official copy of Bidding Documents can be downloaded only from portal

https://www.manipurtenders.qov.in by the qualified firm/company.

2.6.12 All correspondence/communication including sale of Bidding Documents and submission of bids shall be

made to: Managing Director, Manipur State Power Company Limited, Keishampat, lmphal -795001, Manipur, lndia, Telephone No, 0385 245 0050, Fax No. 0385 2450702

2.6.13 All corrigendum to this tender shall be hoisted on the website www.manipurtenders.qov.in,

2.6.14 Cost of tender (non-refundable) in the form of Demand Draft from a Nationalized / Scheduled Bankhaving its branch at lmphal (preferably State Bank of lndia), to be drawn in favour of Managing Director,Manipur State Power Company Limited, lmphal.

2.6,15 MSPCL reserves the right to cancel/withdraw this invitation for bids without assigning any reason and

. shall bear no liability whatsoever consequent upon such a decision.

2.6.16 MSPCL is not bound to accept the lowest tender / bid and reserves the right to relect any or all theTenders or to accept any Tender in full or part thereof, without assigning any reason, whatsoever. Thelast date of sale / issue of bidding document and also the last date of receipt / opening of Tenderhappens to be a holiday, the same shall be on the next working day at the same time.

Arl"*n ,^(N. Sarat Singh) ,D/?uot/

Managing Director, MSPd- /M,"^Page 3 of7

Page 4: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

Copy to:-1. The Secretary to the Hon'ble Chief Minister, Manipur, for kind information of the Hon'ble

Chief Minister.2. The Commissioner (Power), Govt. of Manipur for favour of information.3. The Executive Director(Tech), MSPCL, Manipur4. The General Manager, Sub-Stationffransmission/ Store & Purchase/Finance & Accounts,

MSPCL5. The Deputy General Manager, Sub-station Division No. l, MSPCL for information. He is

advised to deposit the required amount to the DIPR for publication of the NlT.6. The Additional Director, Department of lnformation Technology, Govt. of Manipur. He is

requested to upload bid to the Manipur Government website www.manipur.qov.in.. 7. The SlO, National lnformatics Centre, lmphal. He is requested to upload bid to the portal

website www. manipu rtenders.qov. in.8. The Director, DIPR, Government of Manipur. He is requested to arrange for publication of

this NOTICE as a single insertion in National Daily Newspaper and Local dailies. Theconcerned Editors may please be advised to send 2(Two) copies of the Paper Cuttings inwhich the advertisement / NIT appeared immediately to the Managing Director, MSPCLand 1(One) copy to the DGM, Sub-station Division No. l, MSPCL. 15 (fifteen) copies of theNIT are enclosed herewith for necessary publication of the NlT.

Azt A*t't"/

Page 4 of 7

Page 5: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

Annexure-l

(Pre-Qualifying Requirement Data)

Bidder's Name and Address: To:Managing Director

[3: ]iff:?'i: :'Y""J co m Pa nY L i m ited

lmphal -795 001, ManipurDear Sir,

ln support of the Qualification Requirements (QR) for bidders, stipulated in detailed NIT &additional information required as per provision of the Bidding Documents, we furnish herewithour QR data/details/documents etc., along-with other information, as follows.

We are submitted bid as individualfirm.

We are furnishing the following detailsidocument in support of Qualifying Requirement for thesubject package.

A. Attached copies of original documents defining:The constitution or legal status; the principal place of business; and the place ofincorporation (for bidders who are corporations); or the place of registration and the

. nationality of the Owners (for applicants who are partnerships or individually-ownedfirms).

B. Attached original & copies of the following documents.Written power of attorney of the signatory of the Bid to commit the bidder.

1 O GENERAL INFORMATION

Bidder is required to provide general information as per the following format.

SL.No.

Particulars For individualfirm

1. Name of the Firm

2. Head Office/ Registered OfficeAddress

3. Telephone4. Fax5. Contact Person6. PIace of I ncorporation/ Registration

7 Year of lncorporation/ Registration

[Necessary documents to establish legal status of the bidder should be enclosed withthe bidl.

2,0 TECHNICAL REQUIREMENTS

2.1 Technical Experience/^A^'.4

Page 5 of7

Page 6: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

A Name of the Bidder(Specified Work : 400KV L|NE BAy)a. Name of Contract (executed during

the last 5 years as on the scheduleddate of bid opening).

b. Contract Reference No. & Date ofAward

C. Name and Addr.ess of the Ernployer/Utility for whom the Contract wasexecuted by the firm

E-mail lDTelephone No.

Fax No.

d(i)

(i i)

(iii)

(iv)

Name of sub-station or switchyardexecuted under the Contract

Voltage level of sub-station orswitchyard

No. of bays in the sub-station orswitchyard

No. of CB in the bay

years

o Prime Contractoro Sub Contractoro Partner of JV(Tick whichever is applicable)

e(i)

(ii)

Date of iuccessful exEcution oi theContract

No. of years the above referredsubstation is in successful operationas on the scheduled date of bidopening

t Scope of work executed undeitheabove contract

g. Capacity in which the Contract wasundertaken (Check One)

h. Details/documentary evidencesubmitted in support of statedexperience/Contract

(The bidder shall attach documentary evidence, such as copies of utility certificates etc.,in support of its general experience is listed in the aoove proforma foieach experience/ contract separately)

/t"A**Page 6 of7

Page 7: M; · 2.6.9 Original copy of Security Bid/Earnest Money Deposit (EMD), Power of Attorney, Guaranteed Technical Parliculars (GTP) of equipments/materials etc. should be submitted

3.0. Financialrequirement

3.1 ln support of its 'Financial Position', the Bidder must provide the relevant information,alongwith documentary evidence, in the following formats A & B:

Name of the Bidder

A. Average Annual Turnover details: (ln Rupees)

Sl. No. FinancialyearAverage Annual Turnover

1

2345

Average annual turnover for best threevears (36 months) is:

3.2 The Bidder should accordingly also provide the Audited balance sheet and incomestatements for the last five years following information/documents.

Years preceding to the bid opening Audited Balance Sheet andlncome Statements enclosed

1"' Year Yes / No2no Year Yes / No3'" Year Yes / No4'n Year Yes / No5t" Year Yes / No

/w^,,^

Details of evidence of having Liquid assets(LA)

Or

Details of evidence of access to or availabilityof credit facilities

Page 7 of 7